Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SOLICITATION NOTICE

S -- Janitorial contract

Notice Date
1/25/2024 12:10:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405b24Q0060
 
Response Due
2/2/2024 2:00:00 PM
 
Archive Date
02/17/2024
 
Point of Contact
Kelly Bero, Phone: 7065463025
 
E-Mail Address
Kelly.Bero@usda.gov
(Kelly.Bero@usda.gov)
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B24Q0060 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 561720 with a small business size standard of $22.0 Million. The purpose of this procurement action is to obtain cleaning services for onsite restrooms in Charleston, SC. The contractor shall perform cleaning services in all designated spaces including halls, bathrooms, breakrooms, and entranceways. GENERAL REQUIREMENTS The Contractor shall include all planning, administration, and management necessary to ensure that all services comply with the contract, schedules, instructions from the LPOC and all applicable laws and regulations. The Contractor shall comply with all specifications and requirements in the contract. The Contractor shall perform all related support functions such as supply, quality control, financial oversight, and maintenance of complete records and files. LOCATION OF SERVICES This site is located at Agricultural Research Services (ARS)/U.S. Vegetable Laboratory. The infrastructure has two levels with (8) restrooms and a (1) restroom included 600 feet away. MANAGEMENT AND SUPERVISION The Contractor shall designate a supervisor who shall execute, through day-to-day operation, the management and overall supervision of the entire cleaning services effort and shall act as liaison between the LPOC and the Contractor. The supervisor must have a minimum of 1 years� experience in a cleaning service provider company. MONTHLY MEETINGS. The Supervisor shall participate in monthly scheduled meetings with the COR or designated on site liaison at the offsite where services are provided. Feedback on quality control results and any required corrective measures should be discussed during these meetings as well as any challenges affecting the correct rendering of services as well as notifications of future changes. SCHEDULES. The Contractor shall be responsible for coordinating all work to be performed under this project with the Contracting Officer (CO) and the LPOC. The Contractor shall maintain work schedules based on a two (2) day work week, Monday and Thursdays from 7:00 a.m. to 3:30 p.m. -One (1) Contractor to perform the following duties: Restroom cleaning (including �all toilets, urinals, sinks, and floors), mirrors, door handles, kickplates, sink countertops, refill tissue dispensers, soap dispensers, and paper towel dispensers, as well as, vacuuming carpets and cleaning break rooms. - Two (2) Contractor to perform the following duties: Hallways, stairwells, waiting areas, breakrooms, cross-walks, library, and kitchen cleaning (including �all entranceways to buildings 44-A, C, and D), sweeping, and mop cleaning 1 elevator when needed. - Three (3) Contractor to perform the following duties: Office cleaning (including �all identified offices to buildings 44-A, C, and D), sweeping, vacuuming, and mop and trash removal. - Four (4) Contractor to perform the following duties: restroom cleaning (buildings 46, 16, and 19) STATIONS: Labs- 33 Offices- 46 Restroom- 11 Breakrooms- 1 Kitchen- 1 Conference Rooms- 3 Atrium- 1 Waiting Areas- 3 Stairwells- 4 Elevator- 1 Library- 1 Crosswalks- 2 Headhouse- 1 TRASH ONLY TO INCLUDE 1-TIME FLOOR WAXING (strip, clean, and wax all VCT floors- 4 coats): labs, hallways, breakroom, kitchen. Wax must be an approved brand by LPOC. LPOC will determine wax date. If a Contractor employee is absent, the Contractor is responsible to contact the LPOC and provide a replacement� . QUALITY CONTROL. The Contractor shall be responsible for quality control. The Contractor shall perform inspection visits to the work site on a regular basis. The Contractor shall coordinate these visits with the LPOC or on site designed responsible designated by the LPOC. The LPOC will schedule surprise inspections of the Contractor�s work. WORKFORCE. As discussed in the schedules section the required workforce work times are Monday and Thursdays. (Available times are 7 am � 3:30 pm). HAZARDOUS AND TOXIC SUBSTANCES. It is the Contractor's responsibility to ensure the safe handling, application, removal, and environmentally sound disposal of all hazardous or potentially hazardous chemicals used under this contract. The Contractor assumes all liability for damage and/or injury for use of chemical products or equipment. All cleaning supplies, and equipment will be provided by ARS to ensure safety and quality standards are met! Due to Covid-19 protocols, masks must be worn while on the property until further notice!���������� ������������� The Contractor shall notify the COR prior to applications and advise of any danger associated with the use of these ARS provided products. The Contractor shall also notify the COR of water leaks, restroom items not functioning properly, and low cleaning products and supplies. Mop closets are plentiful and chemical dispensing units are provided with instructions. The Contractor shall strictly adhere to chemical manufacturer�s application, usage, and clean-up directions. The Contractor shall take all precautions necessary to eliminate chemical misuse, personal property damage, and/or damage to wildlife. The Contractor shall satisfy and comply with all local and OSHA regulations in the handling, application, disposal, and storage of all chemicals and/or hazardous chemicals. The Contractor shall be responsible for any damages incurred by the improper use, storage, or application of all chemicals or substances used on the premises. SAFETY. The Contractor shall protect the property from all potential hazards. The Contractor will adhere to and enforce all applicable local safety regulations. The Contractor shall report any accidents, injuries, fires or other incidents of a serious nature or incidents requiring emergency response to the LPOC immediately. Contractor personnel shall wear appropriate personal protective equipment� ����for the task being performed. USE OF SITE. The facility will be in daily use and will remain so during the work. The Contractor shall not interfere with the occupants� use of the existing facilities. The Contractor shall not unreasonably encumber the work area with materials or equipment. The Contractor shall keep the work area clean at all times and shall promptly remove waste materials or rubbish. SPECIFIC REQUIREMENTS The quality of maintenance, cleanliness, and appearance of this location�s interior and exterior is �important to the ARS Mission. The LPOC will measure the Contractor�s work by �the appearance covered by this contract. General Cleaning The Contractor shall perform cleaning work, including furnishing all labor. The required cleaning services shall include: Sweep all floor areas including wet mopping with appropriate cleaning product specific to cleaning materials provided. WET FLOOR SIGNS MUST BE POSTED! Vacuum all rugs and carpets, runners, and carpet protectors to ensure that they are free from dust, dirt, mud, etc. When completed, the area shall be free of all litter, lint, loose soil and debris. Any moveable items shall be moved to vacuum underneath, and then replaced in the original position. Thorough cleaning and sanitation of toilets, urinals, bathroom mirrors, and shower, vanities and any other bathroom fixtures using suitable non- abrasive cleaners and disinfectants. All surfaces shall be free of grime, soap scum, mold, and smudges. Thorough cleaning of facility entranceways, elevator, and halls, to include sweeping, vacuuming and mopping of floors. WET FLOOR SIGNS MUST BE POSTED! Spot cleaning restroom walls, breakrooms and dumping trash from mentioned areas. As appropriate, sweep debris from elevator, entranceways, and hallways. WORKING HOURS Weekdays between 7:00 am and 3:30 PM, Monday and Thursdays, except for Government holidays. STANDARD OF CONDUCT UNIFORMS AND PERSONAL EQUIPMENT. The Contractor's employees shall wear clean, neat and complete uniforms when on duty. All employees shall wear uniforms approved by the LPOC. The Contractor shall also provide personal protective equipment to all its employees, including but not limited to boots and gloves. NEGLECT OF DUTIES. The Contractor shall ensure that there is no sleeping while on duty, unreasonable delay or failure to carry out assigned tasks, conduct of personal affairs during duty hours and refusal to render assistance or cooperate in upholding the integrity of worksite security. MISBEHAVIOR. Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words, actions, or fighting shall not be condoned. Also included is participation in disruptive activities, which interfere with normal and efficient operations. INTOXICANTS AND NARCOTICS. The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the influence of intoxicants, drugs or substances that produce similar effects. FIREARMS. The Contractor shall not allow its employees while on duty to possess any firearm while on Federal Property. CRIMINAL ACTIONS. Contractor employees may be subject to criminal background checks as allowed by law. MATERIALS AND EQUIPMENT ARS will provide all necessary cleaning supplies and equipment to perform �the work identified in this contract. Contractor will provide Covid-19 face masks and any other determined PPE not provided for safety. The Government anticipates award of a Firm Fixed Price contract for a janitorial contract at the USDA, ARS, 2700 Savannah Hwy, Charleston, SC 29414. �A site visit can be scheduled with Kelly Bero via email to Kelly.Bero@usda.gov. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.242-15 Stop-Work Order; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes � Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. All invoices shall be submitted and paid electronically. Please email all quotes to Kelly.Bero@usda.gov. The basis for award is Lowest Price Technically Acceptable. ""LPTA"" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance.� Quotes must be received no later than January 29, 2025, 5:00pm Eastern Standard Time. Site visit scheduled� Friday, January 26, 2024, at 9:30am. 2700 Savannah Highway Charleston, SC 29414 Contact: Robert (843) 402-5319 The building square footage: Bld 44- �108,252 s/f Bld 46-- 3600 s/f Bld 16- �6,967 s/f Bld 19 - 5,634 s/f This is a new requirement with a period of performance for one year from award date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7486b6d420fc489589ded510ee5f93af/view)
 
Place of Performance
Address: Charleston, SC 29414, USA
Zip Code: 29414
Country: USA
 
Record
SN06945239-F 20240127/240125230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.